Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

38--Right-Of-Way Brush Cutting Machine

Solicitation Number: DE-RP75-08SW59430
Agency: Department of Energy
Office: Federal Locations
Location: All DOE Federal Contracting Offices
  • Print
:
DE-RP75-08SW59430
:
Award
:
July 10, 2008
:
DE-AF75-08SW59430
:
236,490.00
:
O.M.C., Inc.
:
Added: May 09, 2008 11:42 am Modified: Jun 05, 2008 1:58 pmTrack Changes
This is a combined synopsis/solicitation for commercial itemsprepared in

accordance with the format in Subpart 12.6, as supplemented with additional



information included in this notice. This announcement constitutes the

only

solicitation; proposals are being requested and a written solicitation will

not

be issued. This solicitation is being issued as a Request for Proposals

(RFP). Submit only written Proposals for RFP DE-RP75-08SW59430. This

solicitation document and incorporated provisions and clauses are those in

effect through Federal Acquisition Circular 2005-25. This acquisition is a



Small Business Set-Aside. The associated NAICS code is 423810 with a small



business size standard of 100 employees.



This RFP contains two (2) line items. The line item descriptions are as

follows:



CLIN 0001 - Machine, Brush-Cutting: Hydraulically operated, articulating

type,

with quick attach front mounted rotary cutter head attachment. The machine



shall be capable of meeting applicable OSHA standards related to this type

of

brush cutting equipment.



SPECIFICATIONS: The Brush Cutting Machine and furnished equipment shall

meet

or exceed the following requirements:



1. GENERAL - 1.1 The Brush Cutting Machine shall be hydraulically

operated,

articulating type, with quick attach front mounted rotary cutter head

attachment. 1.2 The Brush Cutting Machine shall be capable of meeting

applicable OSHA standards related to this type of brush cutting equipment.



2. ENGINE - 2.1 The engine shall be diesel fueled capable of operating on



bio-diesel if necessary, and have a minimum horse power rating of 260 hp.

It

shall have an adequate cooling system to operate at extended time intervals

in

a high dust-brushy out door environment and the cooling media containment

system can be cleaned easily with high pressure air and/or water. 2.2 The



cooling system shall be equipped with a variable pitch, reversing engine

fan to

keep the cooling system clean and maintain proper operating temperature. It



shall have a fuel tank capacity of 130 gallons.



3. ELECTRICAL SYSTEM - 3.1 The Brush Cutting Machine shall be equipped

with a

12-volt electrical system with circuit breaker protection and master

disconnect

switch. It shall have a minimum 145 Amp alternator. 3.2 The Brush Cutting



Machine shall have two forward, two side and two rear facing work lights

mounted to the operators cab. It shall have a Beacon light, running lights,



rear stop and tail lights, front and rear turn signals and side marker

lights

for transportation on road ways.



4. DRIVE TRAIN - 4.1 The Brush Cutting Machine shall have a hydrostatic

transmission with variable displacement pump and variable displacement

motor.

It shall have a two speed transfer case with manually operated shift/propel



interlock inboard planetary axles with front and rear hydraulic

differential

lock. The hydrostatic pump shall have a minimum rating of 65 GPM @ 5420

psi.

and the system filtration of 13 micron absolute rating. 4.2 The Brush

Cutting

Machine Service brake shall be hydrostatic-dynamic braking, plus pedal

operated, wet disc brakes on front axle. The parking brake shall be lever

operated, cable actuated with caliper disc on drive line at transfer case.



4.3 The Brush Cutting Machine shall be capable of speeds of 0-5 MPH in low



range for cutting, and 0-15 MPH in high range for road travel. 4.4 The

Brush

Cutting Machine shall be equipped with 28L x 26 tires with a minimum of 14

PR

rating.



5. HYDRAULIC SYSTEM - 5.1 The Brush Cutting Machine pumps shall be load

sensing, variable displacement pumps for lift and tilt, attachment and

steering, double gear pilot/differential lock and circulation pump. The

filtration of the main return shall be 4.5 Micron absolute rating minimum.

The

filtration of the auxiliary hydraulics shall be 13 Micron absolute rating

minimum. The hydraulic tank capacity shall be approximately 66 gallons.

5.2

The Brush Cutting Machine shall be equipped with a quick attachment coupler



system for operation of a variety of attachments. 5.3 The Brush Cutting

Machine shall be equipped with a 20,000 lb, two-speed, free spooling,

hydraulic

winch mounted on the rear of the machine, with 100 feet minimum cable

length of

suitable size to recover the machine.



6. CAB AND CONTROLS - 6.1 The Brush Cutting Machine shall have a high

visibility operators cab, with flat three-piece laminated reverse slope

Lexan

windshield, eyebrow skylight, left side entry door, recessed door latch,

sliding windows, right side emergency exit, high back operators seat,

electronic gages and warning lights, tachometer and engine hour meter, air

conditioning/heating system, digital AM/FM radio, horn, 10 lb. fire

extinguisher, water tank hose storage, and back-up-alarm. 6.2 The lift

and

tilt controls shall be right hand joystick type. The cab shall tilt by

means of

a hand pump to gain access to the hydraulic pumps and transmission for ease

of

servicing. The wrap-around bumpers on the rear of the machine will also

serve

as pressurized water tanks.



7 GENERAL DIMENSIONS - The Brush Cutting Machine shall have an overall

height

of not more than 126 inches, and an overall width of 116 inches, with a

total

length of 338 inches, with the cutter head attached. It shall have a

minimum

ground clearance of 21 inches. The weight of the machine with out the

cutting

attachment shall be 31,000 pounds maximum.



8. CUTTER HEAD REQUIREMENTS - The cutter head shall be front mounted with

a

quick attach system for ease of mounting and removal. It shall be

bi-rotational

hydrostatic motor driven to allow control of discharged material and be of

a

rotary-ax type with two free swinging blades mounted on a rotating bar.

It

shall be capable of cutting a 96 inch path and trees up to 7 inches in

diameter.



9. WARRANTY - The manufacture shall include a warranty of one year or 2000



operating hours, from the date of delivery.



10. PAINT - The paint color shall be the standard manufactures paint

color.



CLIN 0002 - Trade -In Value: A 2000 year model Kendall Cutter with

approximately 589 hours will be traded in on the new Brush Cutting Machine

(please provide in your proposal the trade-in value you are willing to pay

for

this piece of equipment). This value will be subtracted from CLIN 0001 to

determine the overall proposal price. It is each prospective offerors

responsibility to coordinate the viewing and assessment of this equipment

prior to proposal submission. For more information on this equipment or to



schedule a viewing appointment, contact Linda Dunham at 870-268-2500 or by

email at linda.dunham@swpa.gov. Pictures are attached.



All proposals must be FOB Destination to include delivery of CLIN 0001 and

removal of CLIN 0002. The preferred delivery date for CLIN 0001 is no

later

than November 5, 2008.



PROVISIONS/CLAUSES. The following Federal Acquisition Regulation (FAR)

provisions apply to this solicitation: 52.212-1, Instructions to

Offerors-Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items

(completed as follows:)

(a) The Government will award a contract resulting from this solicitation

to

the responsible offeror whose offer conforming to the solicitation will be

most

advantageous to the Government, price and other factors considered. The

following factors shall be used to evaluate offers:



Technical Capability and Price



Technical capability is significantly more important when compared to

price.



52.212-3, Offeror Representations and Certifications-Commercial Items (the



offeror must include a completed copy of this provision with their quote).

The

following FAR clauses apply to this solicitation: FAR 52.212-4, Contract

Terms

and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and

Conditions

Required to Implement Statues or Executive Orders-Commercial Items (to

include

the following clauses sited: FAR 52.203-6 Restrictions on Subcontractor

Sales

to the Government; FAR 52.219-6, Notice of Total Small Business Aside; FAR



52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations

on

Subcontracting; FAR 52.219-28, Post-Award Small Business Program

Representations; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child

Labor-Cooperation with authorities and Remedies; 52.222-21, Prohibition of

Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR52.222-35 Equal



Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and



Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with



Disabilities; FAR 52.222-37 Employment Reports on Special Disabled

Veterans,

Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39

Notification of Employee Rights Concerning Payment of Union Dues or Fees;

FAR

52.222-50, Combating Trafficking in Persons; FAR 52.223-9 Estimate of

Percentage of Recovered Material Content for EPA Designated Products; FAR

52.225-5 Trade Agreements; FAR 52.225-13, Restriction on Certain Foreign

Purchases; FAR 52.232-34, Payment by Electronic Funds Transfer-Other Than

Central Contractor Registration; FAR 52.247-64 Preference for Privately

Owned

U.S.-Flag Commercial Vessels. The above Provisions and Clauses may be

obtained

via internet at http://farsite.hill.af.mil.



Proposals must be signed, dated and received no later than June 5, 2008,

0200

PM, Central Time at Southwestern Power Administration.



SUBMIT PROPOSALS TO:

Southwestern Power Administration

Attn: Jim Hunt

One West Third Street

Tulsa, OK 74103-3502



Please mark the outermost layer of proposal packaging with the solicitation



number DE-RP75-08SW59430



LATE Proposals: Proposals or modification of Proposals received at the

address

specified for the receipt of proposals after the exact time specified for

receipt of proposals WILL NOT be considered.



All contractors must be registered in the Central Contractor Registration

database located at http://www.ccr.gov prior to any contract award.

Please

submit the following information with each quote: Cage Code, DUNS number,

Tax

Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract

Number

(if applicable), Date quote expires, warranty, line item unit price, line

item

total price, and total cost.



For additional information, please contact the Contracting Officer, Jim

Hunt at

918-595-6669 or by email at jim.hunt@swpa.gov.
:
One West Third, Tulsa, OK
:
James W Hunt, Contracting Officer, 918-595-6669,jim.hunt@swpa.gov;James W Hunt, Contract Specialist, 918-595-6669,jim.hunt@swpa.gov

James W Hunt, Contract Specialist